Loading...
HomeMy WebLinkAboutPW06-212 - Original - Ace Iron Works - S 277th St Pedestrian Bridge - 12/12/2006 Records M41nagement KEN T WASHI„GTON __ Document _ gn CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: Ace Iron Works Contract Number: This is assigned by Mary Simmons Vendor Number: Project Name: S. 277th Street Pedestrian Bridge Contract Effective Date: Date of the Mayor's signature Contract Termination Date: 90 days from notice to proceed Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Nick Horn Department: Engineering Abstract: The contractor shall fabricate and install new railing for the pedestrian bridge ADCL7832 07/02 KENT WASHINGTON PUBLIC WORKS AGREEMENT between City of Kent and y Ace Iron Works THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Ace Iron Works organized under the laws of the State of Washington, located and doing business at 1323 Redmond Fall City Road, Redmond, WA 98053, Phone: (206) 903-6161/Fax: (425) 898-9969,Contact: James Athan (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: The Contractor shall fabricate new railing, and install the railing on the S. 277th Street Pedestrian Bridge. For a description, see the Scope of Work which is attached as Exhibit A and incorporated by this reference. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I within ninety(90) days after notice to proceed. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Forty Nine Thousand, Six Hundred Ninety One Dollars ($49,691.00). Applicable Washington State Retail Sales Tax on this contract shall be governed by W'AC 458-20-171 and its related rules for the work contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. A. Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a performance bond for the full contract amount to be in effect until sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor and Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. PUBLIC WORKS AGREEMENT- I 1D,,,,,A.,m11PPdktrran Path-Over$10K, under$50K, and Performance Bond) B. Retainaee. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws,rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. PUBLIC WORKS AGREEMENT-2 MnadwaviPedestrran Path -Over$IOK, under$50K, and Performance Bond) If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate, The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. if the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. a The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING PUBLIC WORKS AGREEMENT-3 (RnadwaviPedestrian Path -Over$10K, under$50K, and Performance Bond) i THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X, WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one- year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1)year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. PUBLIC WORKS AGREEMENT-4 (Roadway%Pedestrian Path -Over$10K, under$50K, and Performance Bond) XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees. agents and volunteers harmless from any and all claims, injuries, damages. losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. PUBLIC WORKS AGREEMENT-5 (Roadway/Pedestrian Path -Over$IOFC, under$50K, and Performance Bond) XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3 80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only, be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement. unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City. and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement,the terms of this Agreement shall prevail. PUBLIC WORKS AGREEMENT-6 (Roadway/Pedestrian Path -Over$IOK, under$50K, and Performance Bond) H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS, the parties below execute this Agreement,which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: � By: (signature) (signature) me.Print Na �TLN�� 1�1 . EhC Print a zette Cooke Its n�r� Its Mayor (Pale /True) DATE: DATE: O NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: James Athan Larry R. Blanchard Ace Iron Works City of Kent 1323 Redmond Fall City Road 220 Fourth Avenue South -� Redmond. WA 98053 Kent, WA 98032 t (206) 903-6161 (telephone) (253) 856-5500 (telephone) (425) 898-9969 (facsimile) (253) 856-6500 (facsimile) AP OVED AS TO FORM: en aw D pa ent Ace Iron Works-277th Ped Bridge/Horn I PUBLIC WORKS AGREEMENT-7 (RoadwayiPedestrran Path -Over$10K, under$SOK, and Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY ; The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, 40 subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. 1 have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I,the prime contractor,will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 14' day of pvjmm 200�i` . By: For: u C C��Y1"2� 76C-e 1VQ)A kA�kS T Title: (5l�Sd1Qr Date: EEO COMPLIANCE DOCUMENTS- I Y CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS-2 � 4 1 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I,the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of ,200_ By: For: Title: Date: EEO COMPLIANCE DOCUMENTS-3 EXHIBIT A September 20,2006 S, 277th Street Pedestrian Bridge Railing Scope of Work The project includes the new railing fabrication,and installation of the railing on the bridge. BID ITEMS The bid for the railing includes the following two (2)bid items: a 1. Metal Hand Railing]Fabrication and Powder Coating. The unit price per lineal foot(LF)shall include the fabrication,powder coating,and delivery to the site of the new railing with required anchor bolts All welding shall be done in accordance with the latest AWS standards. Special inspection in accordance with IBC Section 1701 is required for the supply,and the installation inspection of the anchor bolts. The contractor shall submit to the City his/her method of powder coating the railing sections,so as to comply with the Cay's following minim^_'r_ requirements for the railing: • Surface preparation treatment: The recommended preparation sequence is to Clean,Rinse,Etch, Rinse, Grain Refine, Zinc Phosphate, Rinse, Acidulated Rinse,prime,powder coating. (See powder coating article at httn://www•finishinjz.com/Library/nennisi/12owdQr.html). The contractor shall submit his/her process and methodology used to obtain the finished product required by the City. Powder Coating application method: Electrostatic Spray • Minimum film thickness: A minimum of 3 mils(77 microns)thickness of triglycidyl isocyanurate(TGIC)polyester resin coating is required. • ('nlnr• TheCninrferhl,<r ,,,An...n..ti L_llt_r____ _. a.,v Yv rrwux vualut� jlldll Ue i'UIGAt Vreen. • f3a is AlC Iirinu Reilplil.iec• The MI"•, „cn%, .n vnn ttin— •• - -''; nh..11 i-... 1....r.a � ,.nl. a` .. nAna.. . a ]f:�� „ _____t_�et __ •..t• ♦aat-,e, +•v „e�,l'aai_yLb._ i LL i L .. .... .a vLr..vi.vfiii Y.v..v,� •�l Wll:l the oven enclosure to insure a uniform baking and curing the powder coating. The baking/curing process shall be of sufficient time and temperature to permit the powder coated surface to melt, flow, gel and cure. Recommended times are: Baking—for 5 minutes at 410'F, and Curing-7 minutes at 399'F. The timing should only start once the metal item's temperature of 375°F for 15 minutes is achieved. The contractor shall submit his/her baking/cunng schedule for complying with the City's requirement. 2. Metal Hand Railing Installation. The lump sum(LS)price for the railing installation shall include,the supply and installation of grout under the base 1 plates, and the core drilling of the bridge deck for the anchor bolts, and'any �yuit}u ciit, LQUI's 411U ma"I:idis it cgOirco to C01-aplete the installation as shown on the plans . • Bridge dimensions,critical to the installation of the railing, shall be field verified prior to fabrication of the railing sections. • Due to the proximity of the deck to the river, coring of the concrete bridge deck will require appropriate cofferdams and a vacuum system to prevent any concrete slurry or debris from entering the river. + Railing shall be installed perpendicular to the bridge deck within '/4"of plumb, and railing sections alignment shall be within a maximum Y4" offset between sections. TIME FOR COMPLETION All work shall be completed within 90 calendar days of the notice to proceed. WARRANTY A warranty of two years, from the date the City accepts the railing, shall be provided by the contractor to cover,but not be limited to, the fabrication (welding), general workmanship, materials,installation,and cracking,peeling,or fading of the powder coating. REFERENCES The contractor shall submit to the City the names and phone numbers of three references for similar fabrication and installation. COORDINATION The City will removal and disposal of the existing railing,timbers, and fasteners,from the bridge. The contractor shall notify Nick Horn(253)856-5529 with the City, two (2) weeks prior to the delivery of the new railing to the job site, in order to allow sufficient time for the removal of the existing railing by the City. n l e U:IPROJECTS\277th Corridor&Bike TiaillPedestrian BridgelBridge Scope 2.doc 2 I S 277`4 Street Pedestrian Bridge Railing The undersigned bidder hereby certifies that he/she has examined the job site and construction details of the work as outlined on the plans and scope of work for the City of Kent, Washington, and has read and thoroughly understands the plans and scope of work and hereby propose to undertake and complete the work within the 90 days requirement in accordance with the plans and scope of work at the following prices: ITEM QUANTITY UNIT TOTAL PRICE AMOUNT 1, Metal hand railing fabrication 391 LF 11LA(_w and powder coating 7cm p, 2. Metal hand railmg installation 1 LS 3200,00 TOTAL, $ q%gln List each subcontractor that shall perform subcontract work amounting to more than 10% of the total bid price, and their work to be performed. Subcontractor Name: RLl II(c kl,A( _ CNAVAlk *gO5' 3912n7 Work Performed: yicwbtR CN6-r Ilj Subcontractor Name: M!A Work Perfomed: ABM @VstJMZ) Date: q 25-4(Q ACE VJW dnlUlKS Name of bidder and title 0.1�, .A Gi It Nrt. l�+J►�R '�� hA 1\4J�V[..J llA v44 `.'l1 V •.�r.r •4- •ti:i � �"r`L.-V![ 1 4 rt rfr�cn C':...-rt...L.J Red Ww4f WA_ IN353 City/State/ZIP code TAJ-VkrAAA) AVM@1�f,24ont�t� S.c�m 42cs i{52�537So �- W6f.)1% Cnn � E-mail 4 -9o3+Uv( rtltirv�f� t&JtAt_ �ocr olzmk" ,j � Phone No. ec`�avNT �tt>�tr � `�`3Oi Dq(�,aa ReCeNWX etrO t -bo #ettM of tcoq UNITS P At. M 6S @ seNrAc. EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liabilitv insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement :y CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. t 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident 2. Commercial General Liabilitv insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000.000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 1 I EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought. except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current AM Best rating of not less than AN IL E. Verification of Coverage Contractor shall f irmsh the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. ISSUE DATE(MWDDIYY) wwwom IMF mmlzl 114400 RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE il Baugh Insurance Agency DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Bel- Red Road, Suite 110 POLICIES BELOW. Bellevue, WA 98007 COMPANIES AFFORDING COVERAGE 425-641 -0367 COMPA LETTERNY A NAUTILUS INSURANCE COMPANY COMPANY B FARMERS INSURANCE COMPANY INSURED — --�- LETTER ACE IRON WORKS i COMPANY 1323 Redmond Fall City Road 1 LETTER C Redmond WA 98053 COMPANY LETTER D ' COMPANY E _ LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR' HE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPOCT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO, �— ,POLICY EFFECTIVE POLICY EXPIRATION TRI TYPE OF IN POLICY NUMBER " DATE(MMIDD/YY) DATE(MM/DD/YY) UNITS GENERAL LIABILITY —GENERAL AGGREGATE 7 S 2-1-0 0 O F O O O_ X V COMMERCIAL GENERAL LIABILITY 'PRODUCTS-POMP10P AGO S 2 . 0 0 0,—U O_ --JCL MADE i_Xj OCCUR I; NC43103 j 5/1 0/06 ( 5/1 0/07 PERSONAL NADV INJURY 51 LOO�000 A I OWNER'S&CONTRACTOR'S PROT i 7j� CH OCCURRENCE _ $1 , 000 000 Stop Gap FIRE DAMAGE(Any me fire) I$ 100, 000 i11 MED E7(PENSE(Any"Person--)k—S---- AUTOMOBILE LIABILITY > I ! COMBINED SINGLET S 1 , 0001000 LIMIT 1!X ANY AUTO IE{t B� Sf ALL OWNED AUTOS ? 3502-00-39 5/10/06 5/10/07 i BODILY INJURY'S $ SCHEDULED AUTOS i I (Per person) I HIRED AUTOS BODILY IN �X JI�IW NON-OWNED AUTOS I (Per accident) S GARAGE LIABILITY � I '4---_____— PROPERTY DAMAGE $ EXCESS LIABILITY t 1 EACH OCCURRENCE $ — l i j _]UMBRELLA FORM I AGGREGATE S ' OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION I STATUTORY LIMITS 1 EACH ACCIDENT $ ANDI -..____.�—__.........._......._ —,_ DISEASE—POLICY LIMIT S EMPLOYERS'LIABILITY � j }DISEASE—EACH EMPLOYEE S I OTHER I f I DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMS Contract is an a No. P -3.015.18 This itiona insured certificate. :0RI Y OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF KENT DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 220 FOURTH AVENUE S ::]AU DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE KENT,WA 98032 FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR F ANY KIND UPON THE COMP Y„ITS AGENTS OR REPRESENTATIVES EPRE1 SENTA7IV�� a r ACE IRON WORKS ' Policy # ' s NC43103 3502-00-39 CON EvIERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: y -- 220 Fourth Ave. South Kent, WA 98032 (If no entry appears above, information rewired to compute this endorsement will be shown in the Declarations as applicable to this endorsement) A. SECTION II—Who Is An Insured (1)All work, including materials, Is amended to include as an insured pans or equipment furnished The person or organization shown in in connection with such work, The schedule, but only with respect on the project(other than service, To liability arising out of your ongoing maintenance or repairs)to be Operations performed for the insured. performed by or on behalf of the additional insured(s) at the site of the covered operations has B. With respect to the insurance afforded been completed; or To these additional insureds, the following Exclusion is added (2)That portion of"your worle' out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 DONDS t Nome Office Contract Surety ND PUBLIC WORKS P 0 valley Street Box 9271 CONTRACT BOND Seattle,WA 98109-027 ,NSU24NCE 7200 STATE OF WASHINGTON (800)765-CBI (80D)765-CBIC (206)682-1558 FAX Bond No LC4415 Premium. $1,491.00 SBG# - KNOW ALL MEN BY THESE PRESENTS: That we, ACE IRON WORKS as Principal, and Contractors Bonding and Insurance Company as Surety, are held and firmly bound unto the State of Washington, CITY OF KENT called the Obligee, in the full and just sum of Forty Nine Thousand Six Hundred Ninety One and 00/100 Dollars ( $499691.00 ) DOLLARS, for the payment of which sum well and truly to be made, we do bind ourselves, our and each of our heirs, executors, successors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas the Principal entered into a certain Contract with CITY OF KENT dated the day of 2006 for S. 277TH STREET PEDESTRIAN BRIDGE RAILING NOW THEREFORE, if the Principal shall faithfully perform all the provisions of such contract and pay all laborers, mechanics and subcontractors and matenalmen. and all person who shall supply such person or persons, or subcontractors, with provisions and supplies for carrying on of such work, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED. HOWEVER, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in the performance of such work. PROVIDED FURTHER, that this bond is provided to comply with Chapter 39.08, Revised Code of Washington, and all rights and remedies under this bond shall be determined in accordance with the provisions, conditions and limitations of said statutes to the same extent as if they were copied at length herein. Signed, Sealed and Dated this 6TH day of OV BER 2006 C NTRA TO BO G AND INSURANCE COMPANY ACE IRON WORKS Principal , By By �' ERIC SI V Approved as to Form Attorney-in-Fact �`^'�"t ��n'���✓�1 I���y� BndPWCB01-WA070894 o\nits\create\M000104 10 9 95 r e�Nos Home Office: c is Valley Street PO Box 9271 Limited Power of Attorney Seat Seat[le, WA 98109-0271 (206) 628-7200 INSURANCE KNOW ALL MEN BY THESE PRESENTS that CONTRACTORS BONDING AND INSURANCE COMPANY,a mrporahon duly organized and existing under the laws of the State of Washington,and having Is principal office in Seattle,King County,Washington,does by these presents make,constitute and appoint ERIC SIRKIN,of Seattle Washington,its true and lawful Attorney-in-Fact with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver on behalf of the Company any and all bonds and undertakings of suretyship given for any purpose,provided,however,that no Atlomey-m-Fact shall be authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of$6,000,000,and provided,further,that no Attorney-in-Fad shall have the authority to issue a bid or proposal bond for any protect where,it a contract is awarded,any bond or undertaking wouo be required with a penal sum in excess of$6,000,000,and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby retrying and conforming all that the said Attorney-m-Fact may do in the premises Said appointment is made under and by authority of the following resolutions adopted by the Board of Directors of the CONTRACTORS BONDING AND INSURANCE COMPANY on May 20,2004 RESOLVED that the President of the Company is authorized to appoint any person as the Company's true and lawful Attorney-in-Fact with power and authority to execute and deliver on behalf of the Company any and all bonds and undertakings of suretyship given for any purpose subject to such limits as shall be delemtined by the President of the Company,provided, however,that no such person shall be authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of $10,000,000 and provided,further,that no Attorney in-Fact shall have the authority to issue a bid or proposal bond for any project where,it a contract is awarded,any bond or undertaking would be required vnth penal sum in excess of$10,000,000 Any Altomey-in-Fact authorized to execute a surety bond or undertaking may also be authorized to execute any consent or other documentation incidental to said bond or undertaking,provided such document does not obligate the Company in excess of the lima set forth above RESOLVED FURTHER that the authority of the Secretary of the Company to certify the authenticity and effecbveness of the foregoing resolution in any Limited Power of Attorney is hereby delegated to the following persons,the signature of any of the following to bind the Company with respect to the authenticity and effectiveness of the foregoing resolutions as if signed by the Secretary of the Company Terry N Thompson,Luther L Hicks,William K Barbour,Diana Hollingsworth,John T Piepany,Mary Beth Kostyk,Rita A Miller,Gregory P Bruno,Dorothy Tarka,Michael J McVey,Phyllis K Jegenes,Will Finan,Wesley B Hong,John D Minto Brian Schick,Eric Svkin,Chns Rebum,Mark Noma,Win Blau Meaell,Juhe A Durkin,Yolanda Unroll Vickie Spence,Mike Castansda and Maureen Sacco Provided,however,that no such person shall have the authority to certify the authenticity of a resolution or Landed Power of Attorney document which serves to appoint themself as Allomey-rn-FacL RESOLVED FURTHER that the signatures(including certification that the Power of Attorney is sill in force and effect)of the President Notary Public and person certifying authenticity and effectiveness,and the corporate and Notary seals appearing on any Limited Power of Attorney containing this and the foregoing resolutions as well as the Limited Power of Attorney itself and its transmission,may be by facsimile,and such Limited Power of Attorney shall be deemed an original in all aspects RESOLVED FURTHER that all resolutions adopted prior to today appointing the above named as Anorney-in-Fact for CONTRACTORS BONDING AND INSURANCE COMPANY are hereby superseded 12N00 WITNESS WHEREOF,CONTRACTORS BONDING AND INSURANCE COMPANY has caused these presents to be signed by its President and its corporate see�hlap hereto affixed this 27fh day of October, ,.����µin, :,. �».•..pw�, yam'•. CONTRACTORS BONDING AND INSURANCE COMPANYBY 5.•'0�o-'7f:'•TyI�! 7 Y r979 Dan Sidun,President 4• �fr�" ....... ,O STATE OF WASHINGTON—COUNTY OF KING On this 27th day of October,2005,personally appeared DON SIRKIN,to me knovm to be the President of the corporation that executed the foregoing Landed Power of Attorney and acknowledged said Larrvkd Power of Attorney to be the free and voluntary act and deed of said corporation,for the uses and purposes therein mentioned and on oath stated that he its authorized to execute the said Limited Power of Attorney IN WITNESS WHEREOF,I have hereunto set my hand and all my official seal the day and year first above mitten �•���\C'',J It�Qt{t�f�f�lfff a"�wON rpM Vj�/1// -J1/ --u ,viz i i ki cps p /i ! 0s-30-01-` Notary Public in and for the State of Washington,residing at Seattle fO�rAgN`�V` The undersigned,acting under authority of the Board of Directors of CONTRACTORS BONDING AND INSURANCE COMPANY,hereby certifies as or in 11,81 $ttYliJ'!Te of the Secretary of CONTRACTORS BONDING AND INSURANCE COMPANY,that the above and foregoing is a full,true and coned copy of the Original Power of Attorney issued by said Company,and does hereby further cemly that the said Power of Attorney is still in force and effect GWEN under my hand at Seat 1p, WA ,this 6t111 day of November 20-06-_ Poil 14-US102705 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504.4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES fisted here,nclUde both the hourly :age rate and the holirlx,rate Cf frinne_benefits On public works projects,workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34 36 1N 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $4247 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $41 43 1M 5D BRIDGE,DOCK AND WARFCARPE14TERS $41 33 1M 5D CARPENTER $41 33 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR $41 31 1M 5D FLOOR FINISHER $41 40 1M 5D FLOOR LAYER $4140 1M 5D FLOOR SANDER $41 40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $41 47 1M 5D SAWFILER $4140 1M 5D SHINGLER $4140 1M 5D STATIONARY POWER SAW OPERATOR $41 40 1M 5D STATIONARY WOODWORKING TOOLS $41 40 1M 5D CEMENT MASONS JOURNEY LEVEL $42 26 1M 5D DIVERS&TENDERS DIVER $8575 1M 5D 8A DIVER TENDER $44 22 1 M 5D DREDGE WORKERS ASSISTANT ENGINEER $42 02 1T 51) 8L ASSISTANT MATE(DECKHAND) $41 51 1T 5D 8L BOATMEN $42 02 1T 5D 8L ENGINEER WELDER $42 07 1T 5D 8L LEVERMAN,HYDRAULIC $43 64 1T 5D 8L MAINTENANCE $41 51 1T 5D 8L MATES $42 02 1T 5D 8L OILER $41 64 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $4114 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 ID 5A CABLE SPLICER(TUNNEL) $56 21 1D 5A CERTIFIED WELDER $50 53 1D 5A CERTIFIED WELDER(TUNNEL) $54 26 1D 5A CONSTRUCTION STOCK PERSON $27 32 1D 5A JOURNEY LEVEL $48 75 1D 5A JOURNEY LEVEL(TUNNEL) $52 30 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $52 38 4A 5A CERTIFIED LINE WELDER $47 88 4A 5A GROUNDPERSON $34 87 4A 5A HEAD GROUNDPERSON $3675 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47 88 4A 5A JACKHAMMER OPERATOR $36 75 4A 5A JOURNEY LEVEL LINEPERSON $47 88 4A 5A LINE EQUIPMENT OPERATOR $40 87 4A 5A POLE SPRAYER $47 88 4A 5A POWDERPERSON $36 75 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $55 22 4A 60 MECHANIC IN CHARGE $60 60 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 30 2K 513 FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCELABORER $1277 1 FLAGGERS JOURNEY LEVEL $29 68 1N 5D GLAZIERS JOURNEY LEVEL $42 41 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $44 68 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 07 1 INLAND BOATMEN CAPTAIN $37 34 1K 5B COOK $3123 1K 5B DECKHAND $30 90 1K 5B ENGINEER/DECKHAND $33 65 1K 5B MATE,LAUNCH OPERATOR $35 32 1K 5B Page 2 ,aa KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9 73 1 _ GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $7 63 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $4127 1M 5D IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT RAKER $34 84 1N 5D BALLAST REGULATOR MACHINE $3436 1N 5D BATCH WEIGHMAN $29 68 1N 5D BRUSH CUTTER $3436 1N 5D BRUSH HOG FEEDER $3436 1N 5D BURNERS $3436 1N 5D CARPENTER TENDER $3436 IN 5D CASSION WORKER $3520 1N 5D CEMENT DUMPERIPAVING $34 84 1N 5D CEMENT FINISHER TENDER $3436 1N 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $3436 1N 5D CHIPPING GUN(OVER30 LBS) $34 84 1N 5D CHIPPING GUN(UNDER 30 LBS) $3436 1N 5D CHOKER SETTER $3436 1N 5D CHUCK TENDER $3436 1N 5D CLEAN-UP LABORER $3436 IN 5D CONCRETE DUMPERICHUTE OPERATOR $34 84 1N 5D CONCRETE FORM STRIPPER $3436 1N 5D CONCRETE SAW OPERATOR $34 84 1N 5D CRUSHER FEEDER $29 68 1N 5D CURING LABORER $3436 1N 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $3436 1N 5D DITCH DIGGER $3436 1N 5D DIVER $3520 1N 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1 N 5D DRILL OPERATOR,AIRTRAC $3520 IN 5D DUMPMAN $3436 IN 5D EPDXYTECHNICIAN $3436 1N 5D EROSION CONTROL WORKER $3436 1N 5D FALLER/BUCKER,CHAIN SAW $34 84 1N 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $27 36 1N 5D construction debris cleanup) FINE GRADERS $3436 1N 5D FIRE WATCH $29 68 1N 5D FORM SETTER $3436 IN 5D GABION BASKET BUILDER $3436 1N 5D GENERAL LABORER $3436 IN 5D GRADE CHECKER&TRANSIT PERSON $34 84 1 N 5D GRINDERS $3436 1N 50 GROUT MACHINE TENDER $3436 1N 5D Page 3 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 IN 5D HAZARDOUS WASTE WORKER LEVEL $3520 1N 5D HAZARDOUS WASTE WORKER LEVEL B $3484 IN 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1N 5D HIGH SCALER $3520 1N 5D HOD CARRIER/MORTARMAN $3484 1N 5D JACKHAMMER $3484 1N 5D LASER BEAM OPERATOR $3484 1N 5D MANHOLE BUILDER-MUDMAN $3484 1N 5D MATERIALYARDMAN $3436 1N 5D MINER $3520 1N 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3484 1N 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1N 5D PILOT CAR $29 68 1N 5D PIPE POT TENDER $3484 1N 5D PIPE RELINER(NOT INSERT TYPE) $3484 IN SD PIPELAYER&CAULKER $3484 IN 5D PIPELAYER&CAULKER(LEAD) $3520 IN 5D PIPEWRAPPER $3484 1N 5D POT TENDER $3436 1 N 5D POWDERMAN $3520 1N 5D POWDERMAN HELPER $3436 1N 5D POWERJACKS $3484 1N 5D RAILROAD SPIKE PULLER(POWER) $3484 1N 5D RE-TIMBERMAN $3520 1N 5D RIPRAP MAN $3436 1N 5D RODDER $3484 1N 5D SCAFFOLD ERECTOR $3436 1N 5D SCALE PERSON $3436 1N 5D SIGNALMAN $3436 1N 5D SLOPER(OVER 20-) $3484 IN 5D SLOPER SPRAYMAN $3436 1 N 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1N 5D SPREADER(CONCRETE) $3484 1N 5D STAKE HOPPER $3436 1N 5D STOCKPILER $3436 1N 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1N 50 TAMPER(MULTIPLE&SELF PROPELLED) $3484 1N 5D TOOLROOM MAN(AT JOB SITE) $3436 1N 5D TOPPER-TAILER $3436 1N 5D TRACK LABORER $3436 1N 5D TRACK LINER(POWER) $3484 1N 5D TRUCK SPOTTER $3436 1N 5D TUGGER OPERATOR $3484 1N 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3436 1N 5D VIBRATOR $3484 1N 5D VINYL SEAMIER $3436 1N 5D WELDER $3436 1N 5D WELL-POINT LABORER $3484 1N 5D Page 4 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34 36 1N 5D PIPE LAYER $34 84 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10 63 1 LANDSCAPING OR PLANTING LABORERS $8 42 1 LATHERS JOURNEY LEVEL $4131 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $978 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $32 73 28 SA PLASTERERS JOURNEY LEVEL $4123 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $54 34 1G .5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1T 5D 8L BACKHOE, EXCAVATOR,SHOVEL (3 YD&UNDER) $42 35 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42 84 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43 39 1T 5D 8L BACKHOES, (75 HP&UNDER) $41 93 1T 5D 8L BACKHOES, (OVER 75 HP) $42 35 1T 5D 8L BARRIER MACHINE(ZIPPER) $42 35 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $42 35 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $41 93 1T 50 8L BOBCAT(SKID STEER) $39 57 1T 5D 8L BROOMS $39 57 1T 5D 8L BUMP CUTTER $42 35 1T 5D 8L CABLEWAYS $42 84 1T 5D 8L CHIPPER $42 35 1T 5D 8L COMPRESSORS $39 57 1T 5D 8L ; CONCRETE FINISH MACHINE-LASER SCREED $39 57 1T 5D 8L CONCRETE PUMPS $41 93 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1T 5D 8L CONVEYORS $41 93 1T 5D 8L Page 5 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19TONS,WITH ATTACHMENTS $41 93 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42 84 IT 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43 39 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43 96 1T 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $41 93 1T 5D BL CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 1T 5D BL ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42 35 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43 39 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43 39 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43 96 1T 5D 8L CRUSHERS $42 35 1T 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42 35 1T 5D 8L DERRICK,BUILDING $42 84 1T 5D 8L DOZERS,D-9&UNDER $41 93 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1T 5D 8L DRILLING MACHINE $4235 1T 5D 8L ELEVATOR AND MANUFT,PERMANENT AND SHAFT-TYPE $39 57 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1T 5D 8L FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $42 35 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 IT 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1T 5D 8L GRADE ENGINEER $41 93 1T 5D 8L GRADECHECKER AND STAKEMAN $39 57 1T 5D 8L GUARDRAIL PUNCH $42 35 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41 93 1T 50 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42 35 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43 39 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42 35 1T 5D 8L LOCOMOTIVES,ALL $42 35 1T 5D 8L MECHANICS,ALL $42 84 1T 5D 8L MIXERS,ASPHALT PLANT $42 35 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $42 35 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1T 5D BL OPERATOR PAVEMENT BREAKER $39 57 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1T 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $39 57 1T 5D 8L POWER PLANT $39 57 1T 5D 8L PUMPS,WATER $39 57 1T 5D 8L Page 6 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42 84 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1T 5D 81. EQUIP RIGGER AND BELLMAN $39 57 1T 5D 8L ROLLAGON $42 84 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1T 50 8L ROLLERS,PLANTMIXOR MULTILIFT MATERIALS $41 93 1T 5D 8L ROTO-MILL,ROTO-GRINDER $42 35 1T 5D 8L SAWS,CONCRETE $41 93 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 35 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 84 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41 93 1T 5D 8L SCREED MAN $4235 IT 5D 8L SHOTCRETE GUNITE $39 57 1T 5D 8L SLIPFORM PAVERS $42 84 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1T 5D 8L SUBGRADE TRIMMER $42 35 1T 5D BL TOWER BUCKET ELEVATORS $41 93 1T 5D 8L TRACTORS,(75 HP&UNDER) $41 93 1T 5D 8L TRACTORS,(OVER 75 HP) $42 35 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42 35 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1T 5D 8L TRENCHING MACHINES $41 93 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41 93 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42 35 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42 35 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1T 5D 8L YO YO PAY DOZER $42 35 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34 75 4A 5A SPRAY PERSON $33 00 4A 5A TREE EQUIPMENT OPERATOR $33 43 4A 5A TREE TRIMMER $31 10 4A 5A TREE TRIMMER GROUNDPERSON $2343 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $52 01 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27 05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23 47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22 64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $41 14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27 89 1H 5G Page 7 KING COUNTY Effective 08-31-06 (See Benefit Code Key) O-er PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEYLEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $52 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29 51 1B 5C RESIDENTIAL TERRA=OITILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRA=O/TILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEY LEVEL $35 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1 E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $5184 1H 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 213 5A HOLE DIGGER/GROUND PERSON $16 81 2B 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29 89 2B 5A SPECIAL APPARATUS INSTALLER II $29 30 2B 5A Page 8 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 28 5A TELEVISION GROUND PERSON $15 96 2B 5A TELEVISION LINEPERSON/INSTALLER $21 17 213 5A TELEVISION SYSTEM TECHNICIAN $25 15 213 5A TELEVISION TECHNICIAN $22 64 26 5A TREE TRIMMER $27 82 26 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40 33 16 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $3490 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39 04 1T 50 8L ASPHALT MIX(OVER 16 YARDS) $39 62 1T 5D 8L DUMP TRUCK $39 04 1T 5D 8L DUMP TRUCK&TRAILER $39 62 1T 5D 81 OTHER TRUCKS $39 62 1T 5D 81- TRANSIT MIXER $23 45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 1 WELL DRILLER $17 68 1 Page 9 BENEFIT CODE KEY-EFFECTIVE 08-31-06 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR I HE WORKER 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE C THE FIRST TWO (2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAYS HALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RAI E OF WAGE D THE FIRST TWO (2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE E THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONl,HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SAFLRDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON S ATURDAY S HALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AP DOUBLE THE HOURLY RAI E OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOLRLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR- T EN H OUR S CHEDULE,S HALL B E PAID AT O NE AND 0 NE-HALF T IM ES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE IF ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 THE FIRST TWO(2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON S ATURDAY S HALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RAFE OF WAGE O THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL IIOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 08-31-06 -2- I Q. THE FIRST TWO (2) HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) IIOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBI.F, THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF RAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVER IIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 6OOPM SATURDAY TO 6OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAVE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE V ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY)SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE E ALL H OURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR O N LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE F THE FIRST EIGHT(8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, A LL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED O N SUNDAY SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE A LL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE 1 ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE I ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 08-31-06 -3- 2 K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RA I E OF WAGE P THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRIS FMAS DAY(7) B HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11) G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6) 1 HOLIDAYS' NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(6) J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY AND CHRISTMAS DAY(7) N HOLIDAYS NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9) P HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9) Q PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABORDAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6) R PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABORDAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY (7 1/2) S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7) T PAID HOLIDAYS NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10) BENEFIT CODE KEY-EFFECTIVE 08-31-06 -4- 5 V PAID HOLIDAYS SIX(6)PAID HOLIDAYS W PAID HOLIDAYS NINE(9)PAID HOLIDAYS X HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRIHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8) Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) 6 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) B PAID HOLIDAYS NEW YEAR'S EVE DAY,NEW Y EAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,I HE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9) j D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR TIIE DAY AFTER CHRISTMAS DAY(9) F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11) I PAID IOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFI ER THANKSGIVING DAY,AND CHRISTMAS DAY(7) L HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8) UNPAID HOLIDAY_ PRESIDENTS'DAY T. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9) U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9) V PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9) W PAID HOLIDAYS NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10) I a X PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11) NOTE CODES 8 A THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO ; THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2 25 PER FOOT FOR EACH FOOT OVER 100 FEET BENEFIT CODE KEY-EFFECTIVE 08-31-06 s -5- OVER 175'TO 250'-$5 50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $075, LEVEL B $0 50, AND LEVEL C $0 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A&B $1 00, LEVELS C&D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $1 00, LEVEL B $0 75,LEVEL C $0 50, AND LEVEL D $0 25 PUBLIC WORKS DESIGN ENGINEERING Timothy J. LaPorte, P.E. Design Engineering Manager 400 West Gowe Kent, WA 98032 KEN T Phone: 253-856-5500 Fax- 253-856-6500 W A 5 H I N G T O N LETTER OF TRANSMITTAL DATE: October 17, 2006 TO: James Athan Ace Iron Works 1323 Redmond Fall City Road Redmond, WA 98053 RE: S. 277th Street Pedestrian Bridge Railing copies Description 3 original Public Works Agreement Enclosed are three Public Works Agreements for the above referenced project. Please sign all three copies and return to my attention. I have attached a copy of your certificate of insurance and additional insured endorsement to the agreement. A performance bond for the full amount of the agreement is required. Please note that your contract cannot be executed until the performance bond is received. If you should have any questions, please contact me. Copies to: Nancy Yoshitake Nick Horn City of Kent Engineering Department 220 4th Avenue South Kent, Washington 98032 Phone: (253) 856-5508 Fax: (253) 856-6500 Email: nyoshitake@ci.kent.wa.us Ra., - �� Consultant: Ace Iron Works Project: S. 277th Street Pedestrian Bridle Railing Amount: $49 691.00 Project #: �7 - 30 5 PSG Project Account #: ?-IoO O/ 4 Date: October 2 2006 Please circulate for approval to process the attached agreement. The agreement should be circulated in the order listed below: 1. Project Engineer I�1 � Initial and Date 2. Manager /0G Initial and Date Funds are available to complete or construct this project according to the scope of services. 3. Paul Scott Initial and Date 4. Larry Blanchard (last) 4M /C--1,6 a� Initial and Date